22
Request for Proposal Solicitation #: 332824 Date Issued: November 05, 2019 Issued To: {Insert Potential Supplier Address} This Request for Proposal (RFP) is issued under the authority of the Department of Energy Prime Contract DE-AC06-09RL14728. This RFP is issued by: Mission Support Alliance, LLC P.O. Box 650 Richland, WA 99352 Contract Specialist: Elizabeth Wright (509)376-3518 [email protected] Proposals are to be prepared in accordance with the instructions and conditions set forth herein. Proposals are to be received by the close of business (3:00 P.M., PST) on November 14, 2019 to the address shown above, attention to the Contract Specialist identified above. All questions are to be directed to the Contract Specialist identified above. All proposals are subject to the terms and conditions set forth herein. Any exceptions, deviations, or omissions may be grounds for rejection of proposals submitted.

Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

Request for Proposal

Solicitation #: 332824

Date Issued: November 05, 2019

Issued To:

{Insert Potential Supplier Address}

This Request for Proposal (RFP) is issued under the authority of the Department of Energy Prime

Contract DE-AC06-09RL14728.

This RFP is issued by:

Mission Support Alliance, LLC

P.O. Box 650

Richland, WA 99352

Contract Specialist:

Elizabeth Wright

(509)376-3518

[email protected]

Proposals are to be prepared in accordance with the instructions and conditions set forth herein.

Proposals are to be received by the close of business (3:00 P.M., PST) on November 14, 2019 to

the address shown above, attention to the Contract Specialist identified above.

All questions are to be directed to the Contract Specialist identified above. All proposals are

subject to the terms and conditions set forth herein. Any exceptions, deviations, or omissions may

be grounds for rejection of proposals submitted.

Page 2: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 2 of 22

Table of Contents

A.0 Solicitation .......................................................................................................................... 4

A.1 Introduction ..............................................................................................................4 A.2 Small Business Set Aside.........................................................................................4 A.3 Buyer Not Obligated- Irregularities and Notifications ............................................4 A.4 Solicitation Amendments .........................................................................................4 B.0 Proposal Submittal ...................................................................................................4

B.1 Deadline ...................................................................................................................5 B.2 Identification and Delivery ......................................................................................5 B.3 Withdrawal ...............................................................................................................6 B.4 North American Industry Classification System (NAICS) Code and Size

Standard ...................................................................................................................6 B.5 Required Price Support Information ........................................................................6

B.6 Cost or Pricing Data .................................................................................................7 B.7 Financial Capability Determination .........................................................................7

B.8 Local Business Limitation .......................................................................................8 B.9 Basis of Award – Best Value ...................................................................................8 B.10 Limitations on Subcontracting .................................................................................8

B.11 Proposal Submission Requirements .........................................................................9 B.12 Volume I- Technical Proposal Requirements ........................................................10

Required Technical Submittals ..........................................................................................10 B.13 Volume II Required Price Support Information ....................................................12 B.14 Acceptance of Terms and Conditions ....................................................................12

B.15 Foreign Nationals ...................................................................................................12

B.16 Service Animal Requirement .................................................................................13 C.0 Award (DRAFT) ....................................................................................................13 C.1 Rate Schedule- (Attachment 1) .............................................................................13

D.0 Description/Statement of Work - (Attachment A) ............................................................ 13 E.0 QA/Inspection Requirements- N/A................................................................................... 13

F.0 Delivery/Performance ....................................................................................................... 13 F.1 Term of Subcontract ..............................................................................................13

G.0 Subcontract Administration .............................................................................................. 13 G.1 Estimated Billing ...................................................................................................13 G.2 Authorized Personnel .............................................................................................14 G.3 Electronic Mail Capability .....................................................................................14 G.4 Closeout Certification ............................................................................................14

G.5 Subcontractor Invoices for Subcontracts ...............................................................15 G.6 Terms of Payment ..................................................................................................16

G.7 Subcontract Options ...............................................................................................16 H.0 Special Requirements........................................................................................................ 16

H.1 Facility Closure Notice - Holiday and Work Schedules ........................................16 H.2 Proprietary Data Submittals ...................................................................................17 H.3 Designation of Technical Representative ..............................................................17 H.4 Environmental, Safety and Health .........................................................................18

Page 3: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 3 of 22

H.5 Work Hours Reporting ...........................................................................................18 H.6 Size Standards Reporting Requirements ................................................................18 H.7 Requirements for Lower Tier Subcontracting .......................................................19 H.8 Non-Disclosure and Intellectual Property Agreement for Individual

Subcontractors........................................................................................................19 I.0 Terms and Conditions ....................................................................................................... 20

I.1 Limitation of Liability - Services ...........................................................................20 I.2 General Provisions – Fixed Price ...........................................................................21 I.3 Special Provisions – On-Site (Formerly SP-5) ......................................................21

J.0 List of Attachments ........................................................................................................... 21 J.1 Statement of Work (SOW) (Attachment A) ..........................................................21

J.2 Washington State Department of Labor’s Wage Determination

(Attachment B).......................................................................................................21 J.3 Past-Performance (Attachment C) .................................................................................... 21 J.4 Conflict of Interest and Representation (Attachment D) .................................................. 21

K.0 Signatures- RESERVED ................................................................................................... 21 L.0 Representations and Certifications ................................................................................... 21

L.1 Subcontractor Acknowledgement of Federal Online Representations and

Certifications ..........................................................................................................21

Page 4: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 4 of 22

A.0 Solicitation

A.1 Introduction

Mission Support Alliance, LLC (MSA) acting under its contract with the U.S.

Department of Energy- Richland, requests Offerors to submit a proposal for a subcontract

to provide Hanford Mail Services. Part A of this Solicitation describes the proposal

submittal requirements, instructions, and applicable exhibits/certifications. Part B

contains all of the solicitation exhibits. Part C is the Model Subcontract, which contains

all of terms and conditions, attachments, and references that will govern performance of

the work.

A.2 Small Business Set Aside

Proposals made under this solicitation shall be from small business concerns, including:

Disadvantage, Women Owned, Veteran Owned, Service-Disabled Veteran Owned and

HubZone small businesses. Proposals received from concerns that are not small

businesses shall not be considered for this solicitation. Disadvantage, Women Owned,

Veteran Owned and Service-Disabled Veteran Owned may self-certify to these categories

as defined by the Small Business Administration (www.sba.gov). HubZone businesses

must be certified by the Small Business Administration.

A.3 Buyer Not Obligated- Irregularities and Notifications

MSA is not obligated to pay any costs incurred in the preparation and submission of

Offeror’s proposal, nor required to enter into a subcontract or any other arrangement with

Offeror.

A.4 Solicitation Amendments

The Contract Specialist may issue one or more amendments to the solicitation to make

changes or to resolve any problems regarding the solicitation. The Contract Specialist

will issue the amendment in time for prospective Offerors to incorporate any changes into

their proposals. If the solicitation is amended, then all terms and conditions that are no

amended will remain unchanged.

YOUR FAILURE TO ACKNOWLEDGE THE RECIEPT OF THE AMENDMENT AT

THE DESIGNATED LOCATION BY THE SPECIFIED DATE AND TIME MAY

RESULT IN REJECTION OF YOUR OFFER.

B.0 Proposal Submittal

MSA prefers that the proposal be submitted via e-mail provided that it includes

appropriate signatures where required. If Offeror does not have the capability to transmit

a signed electronic proposal, Offeror may submit an unsigned proposal via e-mail,

Page 5: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 5 of 22

however a signed original must also be submitted. If an e-mail (without signature) is

submitted in order to meet deadline, Offeror must also transmit a signed original and

copies via U.S. Postal Service or delivery service. Identify the name of the Contact

Specialist and the Solicitation number to which Offeror is responding on the e-mail

transmittal document.

Late Proposals

A proposal is considered late if it is received at the office designated in the solicitation after

the exact time and date specified for receipt and will not be considered unless:

a. It was sent by registered or certified mail no later than the fifth calendar day

prior to the date specified for receipt of offers (e.g., an offer submitted in

response to a Solicitation requiring receipt of offers by the 20th of the month

must have been mailed by the 15th or earlier); or

b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist,

and it is determined that the late receipt was due solely to mishandling upon

receipt; or

c. It is the only proposal received.

Proposal Changes

Any modification of a proposal, including the Contract Specialist’s request for “Best and

Final Offer,” is subject to the same conditions as in the “Late Proposals” section above.

B.1 Deadline

The proposal is due by 3:00 p.m. on 11/14/2019

B.2 Identification and Delivery

Address a proposal sent via the U.S. Postal Service to:

Response to Solicitation No.

Elizabeth Wright, MSIN

Mission Support Alliance, LLC

P.O. Box 650

Richland, WA 99352

The address for a proposal sent via another delivery service is:

1981 Snyder Street

Page 6: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 6 of 22

Richland, WA 99352

Contract Specialist Contract Information:

Name: Elizabeth Wright

Phone Number: 509-376-3518

Email Address: [email protected]

B.3 Withdrawal

Offeror may withdraw its proposal by written or electronic notice received at any time

prior to award.

B.4 North American Industry Classification System (NAICS) Code and Size Standard

(A01) Rev 002 3/1/2011

The Buyer has determined that North American Industry Classification System (NAICS) Code

492210 – Local Messengers and Local Deliveries applies to this acquisition. Therefore, the size

standard for determining whether an Offeror is a small business in regard to this acquisition is

$27.5M.

If this solicitation is designated as a small business set-aside, the Offeror certifies that they are a

small business by submitting a proposal or an offer to this solicitation.

B.5 Required Price Support Information

(A15) Rev. 2 12/04/2013

The Subcontractor is required to submit information sufficient to determine that the prices or costs

being charged are fair and reasonable. Such information may include pricing, sales, or cost

information that is pertinent to establishing the pricing or costs being charged.

Certified cost or pricing data need not be submitted when:

1. When pricing is controlled, by law or regulation, by periodic rulings, reviews, or similar

actions of a governmental body.

a. To qualify for this exemption, Subcontractor will need to submit the controlling

document establishing the price offered.

2. Commercial* items as defined in FAR 2.101.

a. To qualify for this exemption, Subcontractor will need to submit, at minimum,

information on prices at which the same item or similar items have previously been

Page 7: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 7 of 22

sold in the commercial market that is adequate for evaluating the reasonableness

of the price of this acquisition. Such information may include:

i. For catalog items - a copy of or identification of the catalog and its date, or

the appropriate pages for the offered items, or a statement that the catalog is

on file in the buying office to which the proposal is being submitted. Provide

a copy or describe current discount policies and price lists (published or

unpublished), e.g., wholesale, original equipment manufacturer, or Lower

Tier Subcontractor;

Also explain the basis of each offered price and its relationship to

the established catalog price, including how the proposed price

relates to the price of recent sales in quantities similar to the

proposed quantities;

ii. For market-priced items - the source and date or period of the market

quotation or other basis for market price, the base amount, and applicable

discounts. In addition, describe the nature of the market;

iii. For items included on an active Federal Supply Service Multiple Award

Schedule contract - a copy of the appropriate pages for the offered items,

Schedule cover page, terms and conditions, unless already on file with the

contracting office.

3. Additional supporting information, to the extent necessary to determine whether the price

is fair and reasonable.

The Subcontractor grants the Buyer or an authorized representative the right to examine, at any

time before award, books, records, documents, or other directly pertinent records to verify the

reasonableness of the price. For items priced using catalog or market prices, or law and regulation,

access does not extend to cost or profit information or other data relevant solely to the

Subcontractor’s determination of the prices to be offered in the catalog or marketplace.

B.6 Cost or Pricing Data

(A16) Rev. 1 03/14/2011

This is not a request for cost or pricing data, but notification to all Offerors that this information

may be required prior to award unless the Subcontract is determined by the Buyer to be exempt

from the requirements of Public Law 87-653 (10 USC Sec. 2306a).

B.7 Financial Capability Determination

Page 8: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 8 of 22

(A39) Rev. 0 03/14/2011

Prior to Award, the Buyer reserves the right to request any or all Offerors to submit data which

will be used to make a determination of financial capability to perform on any resultant

Subcontract. Such data may include, however not be limited to, current annual reports, lines of

credit with financial institutions and suppliers, and/or any other such data as may be required to

make a determination of the Subcontractor’s financial capabilities.

B.8 Local Business Limitation

(A63) Rev. 0 3/14/2011

Award of this Subcontract is limited to businesses that are or will be operating in the local vicinity

of the Hanford Site, Washington for the duration of any resulting award. Local vicinity is defined

as the Washington counties of Benton, Franklin, Adams, Grant, Klickitat, Walla Walla, Yakima,

as well as Umatilla County, Oregon. Business concerns that are not operating in the local vicinity

but plan to in response to this solicitation must provide sufficient details with their proposals

demonstrating that they will be fully operational on or before the start date for the resultant

Subcontract.

B.9 Basis of Award – Best Value

(A86) Rev. 2 10/10/2019

Award may be made to the Offeror submitting the best proposal in which both cost/price and other

specifically defined factors will be the basis of award. Proposals will be evaluated to determine

the response that provides the best value to MSA and the Government, considering cost/price and

technical criteria; with technical rated higher than cost/price.

B.10 Limitations on Subcontracting

(A108) Rev. 0 06/08/2017

(a) This clause does not apply to the unrestricted portion of a partial set-aside.

(b) Applicability. This clause applies only to—

(1) Contracts that have been set aside or reserved for small business concerns or 8(a)

participants;

(2) Part or parts of a multiple-award contract that have been set aside for small business

concerns or 8(a) participants; and

Page 9: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 9 of 22

(3) Orders set aside for small business or 8(a) participants under multiple-award contracts

as described in 8.405-5 and 16.505(b)(2)(i)(F).

(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in

performance of the contract in the case of a contract for—

(1) Services (except construction). At least 50 percent of the cost of contract performance

incurred for personnel shall be expended for employees of the concern.

(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The

concern shall perform work for at least 50 percent of the cost of manufacturing the

supplies, not including the cost of materials.

(3) General construction. The concern will perform at least 15 percent of the cost of the contract,

not including the cost of materials, with its own employees.

(4) Construction by special trade contractors. The concern will perform at least 25 percent of the

cost of the contract, not including the cost of materials, with its own employees.

B.11 Proposal Submission Requirements

(A96) Rev. 2 03/01/2019

There may or may not be an award made as a result of this Solicitation. MSA is under no obligation

to pay the Offeror for the preparation or submittal of any response to this Solicitation.

Offeror shall insert the necessary information required on the Solicitation. Any proposals not

submitted in accordance with the Solicitation may be considered nonresponsive. Unless otherwise

requested, Offeror is to propose price and delivery based upon their normal work week. In

addition, Offeror is to specify basis of normal workweek (i.e., number of days/week and number

of hours/day).

Compliance with specifications and other requirements of this Solicitation is essential. Unless

otherwise indicated by Offeror, Offerors signature on their proposal shall indicate unqualified

acceptance of all requirements including all the terms and conditions stated and referenced by this

Solicitation. Interpretations established by the Offeror to any part of this Solicitation may be

considered an exception. In case of doubt, Offeror should request clarification from Contract

Specialist. If there are any exceptions to the requirements of the Solicitation, the price offered

should be based on the Solicitation's requirements and the exception(s) priced as alternates. If

Offeror's proposal is based only on the proposed exceptions, it must be recognized that this may

be grounds for a determination that such a proposal is non-responsive.

Page 10: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 10 of 22

Any questions or requests for additional information relative to the Solicitation must be submitted

in writing to the Contract Specialist responsible for issuing the Solicitation. Copies of replies to

questions will be furnished to all Offerors.

Proprietary Information

Offerors whose proposals include any data that they do not want disclosed to the public for any

purpose, or used by Buyer or the Government except for evaluation purposes, shall:

A. Mark the title page of their proposal with the following legend:

“This proposal includes data that shall not be disclosed outside Buyer or the Government

and shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other

than to evaluate this proposal. If, however, a Subcontract is awarded to this Offeror as a

result of, or in connection with, the submission of this data, Buyer and the Government

shall have the right to duplicate, use, or disclose the data to the extent provided in the

resulting Subcontract. This restriction does not limit Buyer’s nor the Government's right to

use information contained in this data if it is obtained from another source without

restriction. The data subject to this restriction are contained in sheets [insert numbers or

other identification of sheets];” and

B. Mark each sheet of data it wishes to restrict with the following legend:

“Use or disclosure of data contained on this sheet is subject to the restriction on the title

page of this proposal.

B.12 Volume I- Technical Proposal Requirements

MSA will evaluate Offeror’s technical capabilities/qualifications as well as it’s pricing for the

requirements as specified in the Statement of Work. Offeror’s proposal must address the

following: Offeror’s proposal must contain a brief discussion if it is technical qualifications and

capabilities. This discussion should briefly address:

An acknowledgement that the Statement of Work is fully understood and that the

Offeror has resources qualified to perform the work.

Resumes of proposed and/or key personnel

Firm’s capabilities and resources for completing the requirements

Statement of compliance with subcontract insurance requirements (if applicable)

as specified in the On-Site Work Provisions, including confirmation that all

required insurance certificates will be provided prior to any on-site work.

Required Technical Submittals

Description of Proposed Mail Sorting Facility:

Page 11: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 11 of 22

This attachment shall describe in general terms the sorting facility, vehicles and

other assets the Offeror proposes to provide if awarded a contract under this RFP.

This attachment shall provide sufficient detail to allow Buyer to determine if the

Offeror has given full consideration to the Statement of Work requirements. This

information may be presented in Offeror’s standard format, but must be submitted

under Offeror’s letterhead.

Key Personnel and Resumes:

Key personnel are defined as management, supervisory and professional

employees associated directly with the management of Offeror’s proposed mail

sorting facility. Information regarding Offeror’s corporate key personnel is neither

required nor desired. This information may be presented in Offeror’s standard

format, but must be submitted under Offeror’s letterhead.

Staffing Plan:

The Staffing Plan shall address the quantity, mix and qualifications of the

Offeror’s proposed work force planned to operate the proposed mail sorting

facility. This attachment shall provide sufficient detail to allow the Buyer to

determine that Offeror has given full consideration to the Service Contract Act

requirements. This information may be presented in Offeror’s standard format,

but must be submitted under Offeror’s letterhead.

Mail Sorting Facility Operation Plan:

The Mail Sorting Facility Operation plan shall describe the administrative and

physical activities and schedule required to start-up, transition and operate the

proposed mail sorting facility. These activities shall be described in sufficient

detail to allow the Buyer to determine that the Offeror has given full consideration

to the Statement of Work requirements. This information may be presented in

Offeror’s standard format, but must be submitted under Offeror’s letterhead.

Safety Plan:

The requirements for preparing a Safety Plan are set forth within Section 3.1.

Special Provisions – On-Site Services. The Safety Plan shall address these

requirements in sufficient detail to allow the Buyer to determine that the Offeror

has given full consideration to those requirements as they pertain to the Statement

of Work. This information may be presented in Offeror’s standard format, but

must be submitted under Offeror’s letterhead.

A revised Safety Plan may be submitted by the successful Offeror within thirty

(30) days following award. The final Safety Plan should build on the original

Safety Plan based on the Offeror’s increased level of knowledge of activities

required to provide the Service.

This information may be presented in Offeror’s standard format, but must be

submitted under Offeror’s letterhead.

Security Plan:

Offerors are required to prepare and submit a Security Plan as an attachment to

their proposals. This plan shall address the processes by which the Offeror will

ensure facility and mail security as well as any employee security training or

clearance requirements are met and maintained in a timely manner. This

Page 12: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 12 of 22

information may be presented in Offeror’s standard format, but must be submitted

under Offeror’s letterhead.

Training Plan:

Offerors are required to prepare and submit a Training Plan as an attachment to

the respective proposals. This plan shall identify the Hanford site specific

training, other training specified in the Statement of Work required for

subcontractor personnel, or any other training that Offeror deems necessary for

their employees. The successful Offeror shall be responsible for the cost of any

training and/or classes and the labor associated therewith, except for those

covered for by the project.

Transition Plan:

Offerors are required to prepare and submit a Transition Plan as an attachment to

the respective proposals. This plan shall describe the organization and

implementation of an efficient, smooth and orderly transition while maintaining

mail services specified in the Statement of Work without interruption or delay.

This information may be presented in Offeror’s standard format, but must be

submitted under Offeror’s letterhead.

The Subcontractor’s Transition Plan shall be approved by Buyer prior to

beginning the transition.

B.13 Volume II Required Price Support Information

The Subcontractor is required to submit information sufficient to determine that the prices or costs

being charged are fair and reasonable. Such information may include pricing, sales, or cost

information that is pertinent to establishing the pricing or costs being charged.

B.14 Acceptance of Terms and Conditions

Unless otherwise noted in the proposal, Offeror’s submission of a proposal signifies unqualified

acceptance of all of the technical requirements and other terms and conditions of the subcontract

that are contained in or referenced in this Solicitation. Interpretations established by Offeror to

any part of this Solicitation may be considered an exception.

B.15 Foreign Nationals

(A106) Rev. 0 5/25/2016

If the Subcontractor intends to propose any foreign nationals (non-US citizens) that information

must be a part of the Subcontractor’s proposal. They will be processed in accordance with

MSA’s Unclassified Visits and Assignments by Foreign Nationals prior to commencement of the

work. This process could add from a few days up to several weeks of lead time depending on the

country of origin and the subject matter involved.

Page 13: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 13 of 22

B.16 Service Animal Requirement

(A111) Rev. 0 01/16/2019

If any of the individuals who will be performing work under the awarded subcontract require the

use of a service animal to perform their work or tasks, this information is to be included in the

proposal. No service animal will be allow access unless the conditions set forth in the attached

Special Provisions 5 – ON-SITE SERVICES, clause 19.0 Service Animals, have been met.

C.0 Award (DRAFT)

(A95) Rev. 0 3/14/2011

The Subcontractor is hereby notified that effective on TBD the Subcontractor is awarded a Firm

Fixed Price Master Subcontract for the delivery/performance of the item(s) and/or service(s) in

accordance with all the requirements and conditions set forth or by reference attached herein in an

amount of $TBD. The Subcontractor shall not exceed this amount without specific written

authorization from the Contract Specialist.

C.1 Rate Schedule- (Attachment 1)

D.0 Description/Statement of Work - (Attachment A)

E.0 QA/Inspection Requirements- N/A

F.0 Delivery/Performance

F.1 Term of Subcontract

(F08) Rev. 0 3/14/2011

The term of this Subcontract shall commence on the date of award and shall end on September

30, 2020 unless extended by the parties or terminated by other provisions of this Subcontract.

G.0 Subcontract Administration

G.1 Estimated Billing

(G02) Rev. 0 3/14/2011

It is mandatory for continued acceptable performance that the Subcontractor provides monthly, to

Mission Support Alliance Accounts Payable, the best estimate of the total billable cost (invoiced

plus invoiceable) from inception of the Subcontract through the current calendar month end. This

information must be provided in writing by email (preferred), fax, or mail by the 15th of each

month. This data must be provided for each Subcontract release until all payments are received

and the Subcontract is complete.

Page 14: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 14 of 22

Email: [email protected]

Fax: (509) 373-6264

Mailing Address:

Mission Support Alliance, LLC.

Attn: Accruals MSIN G1-80

P.O. Box 650

Richland, WA 99352

The Monthly Subcontract-to-Date Cost Estimate Form can be obtained at:

http://www.hanford.gov/pmm/page.cfm/AP

G.2 Authorized Personnel

(G03) Rev. 0 1/28/2010

Only the following named individuals are authorized to make changes to this Subcontract or

Purchase Order:

Contract Specialist, Elizabeth Wright, (509) 376-3518, [email protected]

Contracts Manager, Keisha R. Garcia, (509) 376-9831, [email protected]

G.3 Electronic Mail Capability

(G11) Rev. 0 3/14/2011

The Subcontractor shall have internet access and maintain electronic mail capability for the

duration of the Subcontract. The Subcontractor email account shall be able to send and receive

attached documents of up to 1/2 megabyte in size. Correspondence concerning this Subcontract

will be conducted via email in current versions of Microsoft Office applications, ASCII text, RTF,

PDF, ZIP, and other commonly used file formats.

G.4 Closeout Certification

(G19) Rev. 2 07/18/2018

Subcontractor shall properly execute and mail to the Buyer a final release, in a format acceptable

to the Buyer, within thirty (30) working days from the last date services are provided hereunder

and/or the date of the last shipment made hereunder. Final payment will not be made until a final

release is signed and received by the Buyer.

Final Release is located at http://www.hanford.gov/pmm/files.cfm/Final_Release_MSA.pdf.

Page 15: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 15 of 22

G.5 Subcontractor Invoices for Subcontracts

(G044) Rev. 1 03/01/2019

The following process shall be used on invoices submitted to Mission Support Alliance.

Unauthorized deviations from these instructions may result in delayed payment or returned

invoices.

Invoice Submittal Requirements:

Submittal of an invoice constitutes Subcontractor’s certification that materials, work,

and/or services have been delivered, and invoice rates are in accordance with the

Subcontract provisions.

Invoices for services may not be submitted more than once per calendar month

unless otherwise authorized in the Subcontract.

The total amount due for the billing period must be clearly identified on all invoices

(this amount should be set apart from any cumulative amounts or subtotals included

on the invoice).

The Subcontractor shall indicate the labor rate, number of hours, and period of

performance being billed on each invoice, when applicable.

Invoiced rates, travel, or other direct charges must be specifically defined in the

Subcontract to be allowable for reimbursement.

Travel expenses (if authorized) must be itemized and supported with receipts in

accordance with the requirements set forth under the clause titled, “Reimbursement

of Travel Expenses,” or as otherwise stated within the Subcontract.

All invoices shall be submitted electronically to Accounts Payable ([email protected])

and copy the Contract Specialist unless otherwise directed by the Contract Specialist.

Please do not submit hard copies unless requested by the Contract Specialist.

Each Subcontract and release(s) must be invoiced separately.

The Subcontractor name, invoice number, and the Subcontract and release number

must be shown in the subject line of the e-mail message used to submit an electronic

invoice. The suggested format for the subject line is: Subcontractor Name, Invoice

XXXXX, and Subcontract XXXXX-X (i.e. 47825 - Release 20).

Each invoice must have a unique invoice number.

Each invoice should include the name and telephone number of a company

representative available to respond to invoice questions.

Page 16: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 16 of 22

Remittance will only be made to the remittance address on file for the

Subcontractor. Invoices from third parties or with different remittance instructions

or addresses will not be processed.

Questions or requests for exceptions should be addressed to the Contract Specialist.

Before payments can be made via Electronic Funds Transfer (EFT), an

“Authorization for Electronic Funds Transfer of Invoice Payments” form must be

completed and returned to Contract Specialist. The form is located at:

http://www.hanford.gov/pmm/files.cfm/eft.pdf. NOTE: The original form with

signature and date shall be mailed to the address at the bottom of the form. Copies

of the form that have been e-mailed or faxed will not be accepted.

G.6 Terms of Payment

(G047) Rev. 0 7/14/2014

Payment terms are net 30 days, unless otherwise agreed upon in writing, upon satisfactory receipt

of goods or provision of services and receipt of an accurate invoice.

G.7 Subcontract Options

(H54) Rev. 0 3/14/2011

The Buyer retains the sole right to exercise the option(s) included in this Subcontract. The inclusion

of the option(s) does not represent a commitment, financial or otherwise, on the part of the Buyer

to exercise any or all of the option(s) nor extend the Subcontract beyond the end date specified by

the Subcontract or most current Subcontract amendment. Buyer may exercise one or more options

by providing written notice to the Subcontractor prior to the most current Subcontract end date.

Lacking written notice by the Buyer, the option(s) will expire with the Subcontract.

Option 1: 10/01/2020-09/30/2021

Option 2: 10/01/2021-09/30/2022

Option 3: 10/01/2022-09/30/2023

Option 4: 10/01/2023-09/30/2024

H.0 Special Requirements

H.1 Facility Closure Notice - Holiday and Work Schedules

(H22) Rev. 1 10/22/2014

NOTICE: Daily work schedules and facility operations are NOT consistent on the Hanford Site.

Many organizations and facilities observe Friday closures.

Page 17: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 17 of 22

Accordingly, BEFORE scheduling deliveries or site work, the Subcontractor shall make specific

schedule arrangements with the Contract Specialist, BTR, Facility Manager, Delivery Warehouse

Manager, Building Manager, or other cognizant Mission Support Alliance organization.

The Buyer will not be liable for the cost of any delays, demurrage, layovers, extra travel days, etc.,

which result from Subcontractor’s failure to obtain a specific delivery or work schedule in advance.

H.2 Proprietary Data Submittals

(H31) Rev. 1 3/14/2011

If Subcontractor submits any data which is considered to be “Proprietary Data,” the document

transmitting the data, or which contains the data, shall be boldly marked indicating that the data is

considered proprietary.

In the event any data is designated as “Proprietary Data,” such designation shall be in accordance

with the “Special Provisions - Instructions for the Preparation of Proposals (SP-17), paragraph 2.8

“Identification of Proprietary Data.”

H.3 Designation of Technical Representative

(H38) Rev. 0 3/14/2011

The Contract Specialist hereby designates the following as the Buyer’s Technical Representative,

(BTR) for this Subcontract: Name/phone/mail stop/email: TBD.

The BTR is responsible for monitoring and providing technical guidance for this Subcontract and

should be contacted regarding questions or problems of a technical nature. The BTR is also

responsible for appropriate surveillance of the Subcontractor’s representative while on site.

However, in no event will an understanding, agreement, modification, change order, or any

deviation from the terms of this Subcontract be effective or binding upon the Buyer unless

formalized by proper contractual documents executed by the Contract Specialist prior to

completion of this Subcontract.

On all matters that pertain to Subcontract terms, the Subcontractor shall contact the Contract

Specialist specified within this Subcontract. When in the opinion of the Subcontractor, the BTR

requests or directs efforts outside the existing scope of the Subcontract; the Subcontractor shall

promptly notify the Contract Specialist in writing. The BTR does not possess any explicit,

apparent or implied authority to modify the Subcontract. No action should be taken until the

Contract Specialist makes a determination and modifies the Subcontract in writing.

Page 18: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 18 of 22

H.4 Environmental, Safety and Health

(H101) Rev 2 9/19/2017

All work performed on the Hanford site shall be accomplished safely in accordance with all

applicable Environmental, Safety and Health Requirements. See Special Provisions – On-Site

(Formerly SP-5).

Based on a review of the work scope for this Subcontract, the Buyer has determined that this

Subcontract merits increased attention to safety performance. Accordingly, Subcontractor is

required to apply the guiding principles and core function of ISMS as referred to in the Special

Provisions.

The Subcontractor shall submit the safety documentation, submittals, and/or safety plan specified

by the Buyer in the Subcontract, Statement of Work, Section 6.0 before performing any work on

site (unless specifically waived by Buyer).

H.5 Work Hours Reporting

(H109) Rev 5 12/02/2015

Subcontractor shall provide on a monthly basis and by the due date on the schedule below, the

total number of hours Subcontractor personnel performed work on the Hanford Site or government

owned/controlled facility by Subcontract and Release number. This data shall be sent

electronically via an e-mail to [email protected] at the end of each month.

Do NOT include hours worked by Subcontract personnel who are recording their time in the CLTR

or TIS systems as that data is accumulated automatically.

H.6 Size Standards Reporting Requirements

(H111) Rev. 0 3/14/2011

If the Subcontractor represented that it was a small business concern prior to the award of a

Subcontract, the Subcontractor shall re-represent its size status by completing re-representation

upon the occurrence of any of the following:

(a) Within 30 days after execution of a novation agreement or within 30 days after

modification of the Subcontract to include this clause, if the novation agreement was

executed prior to inclusion of this clause in the Subcontract.

(b) Within 30 days after merger of acquisition that does not require a novation or within 30

days after modification of the Subcontract to include this clause, if the merger or

acquisition occurred prior to inclusion of this clause in the Subcontract

Page 19: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 19 of 22

(c) For long-term Subcontracts-

(i) Within 60 to 120 days prior to the end of the fifth year of the Subcontract; and

(ii) Within 60 to 120 days prior to the date specified in the Subcontract for exercising

any option thereafter.

The following re-representation must be completed if any of the above occurs. The information

must be submitted to the Contract Specialist, along with the Subcontract number and the date on

which the re-representation was completed:

The Subcontractor represents that it is, is not a small business concern under NAICS

Code assigned to Subcontract number. [Subcontractor to sign and date and insert signer’s name

and title].

H.7 Requirements for Lower Tier Subcontracting

(H119) Rev 0 9/15/2011

1. Any lower tier subcontractor shall be bound by all required flow down requirements and

expectations set forth in Subcontractor’s Subcontract. Subcontractor’s contract with lower

tier subcontractors shall specifically call out the provisions of MSA’s SP-5, Special

Provisions – On Site Services, as well as any other technical and ES&H or quality

standard/procedure from the MSA Statement of Work applicable to the lower tier’s efforts.

2. Any lower tier subcontract issued shall include a clause or provision to further flow down

these requirements to subsequent lower tier subcontractors.

3. Copies of executed lower tier subcontracts shall be furnished to the cognizant Contract

Specialist.

H.8 Non-Disclosure and Intellectual Property Agreement for Individual Subcontractors

(H122) Rev. 2 4/7/2015

This Subcontract is subject to the provisions of the Non-Disclosure Agreement (NDA) and

Intellectual Property (IP) Agreement. The Subcontractor shall complete the form and submit it to

the designated Contract Specialist for any Subcontractor individual who will be performing work

under this Subcontract.

Page 20: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 20 of 22

I.0 Terms and Conditions

The terms and conditions set forth or referenced in the body of this document by the Buyer shall

apply and the Buyer objects to and shall not be bound by any additional or different terms and

conditions.

I.1 Limitation of Liability - Services

(I36) Rev. 0 3/14/2011

1. Subcontractor shall not be liable for loss of or damage to property of the Government that

(1) occurs after Buyer acceptance of services performed under this Subcontract and (2)

results from any defects or deficiencies in the services performed or materials furnished

except as provided in paragraphs 2 and 3 below, and except to the extent that the

Subcontractor is expressly responsible under this Subcontract for deficiencies in the

services required to be performed under it (including any materials furnished in

conjunction with those services).

2. The limitation of liability under paragraph 1 above shall not apply when a defect or

deficiency in, or the Buyer’s acceptance of, services performed or materials furnished

results from willful misconduct or lack of good faith on the part of any of the

Subcontractor’s managerial personnel. The term “Subcontractor’s Managerial Personnel,”

as used in this clause, means the Subcontractor’s directors, officers, and any of the

Subcontractor’s managers, superintendents, or equivalent representatives who have

supervision or direction of:

a. All or substantially all of the Subcontractor’s business;

b. All or substantially all of the Subcontractor’s operations at any one plant,

laboratory, or separate location at which the Subcontract is being performed; or

c. A separate and complete major industrial operation connected with the performance

of the Subcontract.

3. If the Subcontractor carries insurance, or has established a reserve for self-insurance,

covering liability for loss or damage suffered by the Government or the Buyer through the

Subcontractor’s performance of services or furnishing of material under this Subcontract,

the Subcontractor shall be liable to the Government or the Buyer, to the extent of such

insurance or reserve, for loss of or damage to property of the Government occurring after

Buyer’s acceptance of, and resulting from any defects and deficiencies, in services

performed or materials furnished under this Subcontract.

Page 21: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 21 of 22

4. The Subcontractor shall include this clause, including this paragraph, supplemented as

necessary to reflect the relationship of the Subcontracting parties, in all lower-tier

Subcontracts over $25,000.00.

I.2 General Provisions – Fixed Price

(Revision 03, July 23, 2015)

http://www.hanford.gov/pmm/page.cfm/Provisions

I.3 Special Provisions – On-Site (Formerly SP-5)

(Revision 03, February 13, 2018)

http://www.hanford.gov/pmm/page.cfm/Provisions

J.0 List of Attachments

J.1 Statement of Work (SOW) (Attachment A)

The attached Statement of Work: Hanford Mail Services Dated: 10/14/2019 revision: 00 identifies

the scope and performance expectations of the Subcontract. The SOW is incorporated into and

made a part of this Subcontract along with all of the other clauses and terms identified herein.

J.2 Washington State Department of Labor’s Wage Determination (Attachment B)

The Washington State Department of Labor’s Wage Determination 2015-5527 Revision No. 8 is

attached per Section E.2.

J.3 Past-Performance (Attachment C)

J.4 Conflict of Interest and Representation (Attachment D)

K.0 Signatures- RESERVED

L.0 Representations and Certifications

L.1 Subcontractor Acknowledgement of Federal Online Representations and

Certifications

(L16) Rev. 2 9/07/2012

Mission Support Alliance, LLC (“MSA”), relies upon Subcontractor’s current representations and

certifications within a Federal web-based system that centralizes and standardizes the collection,

storage and viewing of many of the representations and certifications required by the Federal

Page 22: Request for Proposal - Hanford Site2019/11/05  · REQUEST FOR PROPOSAL NO: 332824 Page 4 of 22 A.0 Solicitation A.1 Introduction Mission Support Alliance, LLC (MSA) acting under its

REQUEST FOR PROPOSAL NO: 332824

Page 22 of 22

Acquisition Regulations. Effective August 2012, that Federal system is now System for Award

Management (SAM) at www.sam.gov.

By submitting a proposal to MSA in response to this solicitation, the Subcontractor is certifying

that:

1. The representation and certification information within SAM is still current;

2. All statements and explanatory documentation submitted is current and accurate;

3. Signer is authorized to represent the Subcontractor in all matters related to pricing, terms

and conditions, and conduct of business;

4. Subcontractor complies with all requirements of State of Washington statutes,

ordinances, rules and regulations, codes, and orders related to equal employment

opportunity and operation of non-segregated facilities;

5. All Subcontractor employees who may work on MSA’s premises or on the Hanford Site

are not under the influence of controlled substances, drugs or alcohol. Subcontractor

agrees to testing of assigned employees under the MSA’s program for controlled

substances;

6. Subcontractor’s information in the MSA’s registration system is current (no more than

12 months old); and

7. Subcontractor will update SAM on an annual basis.